Award

40800000

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Award

05 Sep 2025 at 13:38

Summary of the contracting process

The Ministry of Defence has completed a procurement process aimed at extending a framework agreement for the supply of spares, repairs, maintenance, and technical support for various in-service MOD safety equipment. This contract, valued at approximately £40.8 million, focuses on security, firefighting, police, and defence equipment under the industry category of goods. Located in the UK and specifically tailored for the Royal Navy and other Defence Aviation Environment customers, this procurement employs a limited negotiation method without the publication of a contract notice. The process culminated with the signing of the contract on 4th September 2025, ensuring continuity of service until 2027, with the possibility of further extensions. Survitec Group Ltd, given their specialist design knowledge and DAOS accreditation, has been chosen as the supplier to uphold airworthiness and safety criteria under Military Aviation Authority regulations.

This tender presents significant business growth opportunities, particularly for firms specialising in defence and safety equipment requiring OEM expertise and certified personnel authorisations. Businesses that can offer holistic services encompassing repairs, maintenance, and technical support for aviation and maritime safety equipment will find substantial avenues for expansion. The contract confirms an operational necessity and prioritises compatibility and safety, making it an exclusive opportunity for highly specialised and competent firms like Survitec. The Defence sector demands stringent compliance with technical standards, suggesting opportunities primarily for established entities with existing accreditations and capabilities to meet these rigorous requirements.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

40800000

Notice Description

Single Source Extension to the Framework Agreement SFA 0001 for the provision of Spares, Repairs, Maintenance and Technical Support for Various In-Service MOD Safety Equipment Annex B1 Aircrew Escape & Survivability Ensemble to Survitec Group Ltd (Survitec) and Annex B2 Power Propulsion and Auxiliaries (PPA) Spares, Repairs, Maintenance and Technical Support for Commercial Life Raft and Mass Evacuation Systems and Part B2 for C17CSAE Airborne Forces Equipment (AFE) using the Option period for a total further period of two (2) years with two (2) one (1) year optional years at a total estimated value of PS40.8M.

Lot Information

Lot 1

Aircrew Equipment Assemblies (AEA) and Survival Equipment (SE),spares, repairs and continued Technical (Post Design Services - PDS) to the equipment (PS40.8M). Safety equipment to the Royal Navy and additional supplies, annual servicing in line with SOLAS regulations and continued post design services support of Survitec Group Ltd of the existing equipment (PS4.5M)Post Design Services, spares, capital purchases and core management services in relation to the Parachutist Life Preserver (0.9M).

Procurement Information

Aircrew Delivery Team (DT) has identified that to meet the continual requirement for the provision of AEA and SE to its Defence Aviation Environment (DAE) customers it requires additional supplies and the continued Post Design Service (PDS) support of Survitec until the existing equipment replacement at the end of 2027. As the Original Equipment Manufacturer Survitec have the specialist design knowledge to provide assurance that the Airworthiness and Safety performance criteria are met and have the Design Approved Organisation Scheme (DAOS) accreditation to meet safety Airworthiness requirements with Military Aviation Authority (MAA) regulations. Using different equipment from another OEM would result in goods with different technical characteristics and therefore incompatibility with those supplied by Survitec in use across multiple existing Aircrew Systems. PPA has identified that a change of contractor for supply or partial replacement of existing in-service equipment would lead to disproportionate technical difficulties with existing equipment and fittings installed on each ship and incompatibility with current personnel training and maintenance procedures resulting in an unacceptable safety risk. Survitec as OEM provide personnel authorisation certification, and which is not offered by Survitec to any other supplier. C17CSAE have identified a need to continue the provision of Post Design Services, spares, capital purchases and core management services in relation to the Parachutist Life Preserver equipment currently supported C17CSAE Part B2 using the option period. The C17CSAE DT may further extend the tasking for this requirement by up to three (3) years. The estimated value of the maximum four-year extension is PS0.9M.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-059515
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/054340-2025
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Limited
Procurement Method Details
Negotiated without publication of a contract notice
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment

50 - Repair and maintenance services

75 - Administration, defence and social security services


CPV Codes

35000000 - Security, fire-fighting, police and defence equipment

50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment

75221000 - Military defence services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£40,800,000 £10M-£100M

Notice Dates

Publication Date
5 Sep 20255 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
3 Sep 20255 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Not specified
Contact Email
angela.organ102@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
N/A
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
Not specified

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

Supplier Information

Number of Suppliers
1
Supplier Name

SURVITEC GROUP

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-059515-2025-09-05T14:38:27+01:00",
    "date": "2025-09-05T14:38:27+01:00",
    "ocid": "ocds-h6vhtk-059515",
    "initiationType": "tender",
    "tender": {
        "id": "SFA 001 Annex B1 and Annex B2",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "40800000",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "35000000",
            "description": "Security, fire-fighting, police and defence equipment"
        },
        "mainProcurementCategory": "goods",
        "description": "Single Source Extension to the Framework Agreement SFA 0001 for the provision of Spares, Repairs, Maintenance and Technical Support for Various In-Service MOD Safety Equipment Annex B1 Aircrew Escape & Survivability Ensemble to Survitec Group Ltd (Survitec) and Annex B2 Power Propulsion and Auxiliaries (PPA) Spares, Repairs, Maintenance and Technical Support for Commercial Life Raft and Mass Evacuation Systems and Part B2 for C17CSAE Airborne Forces Equipment (AFE) using the Option period for a total further period of two (2) years with two (2) one (1) year optional years at a total estimated value of PS40.8M.",
        "lots": [
            {
                "id": "1",
                "description": "Aircrew Equipment Assemblies (AEA) and Survival Equipment (SE),spares, repairs and continued Technical (Post Design Services - PDS) to the equipment (PS40.8M). Safety equipment to the Royal Navy and additional supplies, annual servicing in line with SOLAS regulations and continued post design services support of Survitec Group Ltd of the existing equipment (PS4.5M)Post Design Services, spares, capital purchases and core management services in relation to the Parachutist Life Preserver (0.9M).",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Lowest price"
                        }
                    ]
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75221000",
                        "description": "Military defence services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Negotiated without publication of a contract notice",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_PROC_NEGOTIATED_PRIOR_CALL_COMPETITION",
                "description": "No tenders or no suitable tenders/requests to participate in response to negotiated procedure with prior publication of a contract notice"
            },
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_TECHNICAL",
                "description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
            },
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_ADD_DELIVERIES_ORDERED",
                "description": "Additional deliveries by the original supplier ordered under the strict conditions stated in the directive"
            }
        ],
        "procurementMethodRationale": "Aircrew Delivery Team (DT) has identified that to meet the continual requirement for the provision of AEA and SE to its Defence Aviation Environment (DAE) customers it requires additional supplies and the continued Post Design Service (PDS) support of Survitec until the existing equipment replacement at the end of 2027. As the Original Equipment Manufacturer Survitec have the specialist design knowledge to provide assurance that the Airworthiness and Safety performance criteria are met and have the Design Approved Organisation Scheme (DAOS) accreditation to meet safety Airworthiness requirements with Military Aviation Authority (MAA) regulations. Using different equipment from another OEM would result in goods with different technical characteristics and therefore incompatibility with those supplied by Survitec in use across multiple existing Aircrew Systems. PPA has identified that a change of contractor for supply or partial replacement of existing in-service equipment would lead to disproportionate technical difficulties with existing equipment and fittings installed on each ship and incompatibility with current personnel training and maintenance procedures resulting in an unacceptable safety risk. Survitec as OEM provide personnel authorisation certification, and which is not offered by Survitec to any other supplier. C17CSAE have identified a need to continue the provision of Post Design Services, spares, capital purchases and core management services in relation to the Parachutist Life Preserver equipment currently supported C17CSAE Part B2 using the option period. The C17CSAE DT may further extend the tasking for this requirement by up to three (3) years. The estimated value of the maximum four-year extension is PS0.9M."
    },
    "awards": [
        {
            "id": "054340-2025-SFA 001 Annex B1, Annex B2 and Part B2-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-160018",
                    "name": "Survitec Group Ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-5483",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Bristol",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "angela.organ102@mod.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "url": "http://www.contracts.mod.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-160018",
            "name": "Survitec Group Ltd",
            "identifier": {
                "legalName": "Survitec Group Ltd"
            },
            "address": {
                "streetAddress": "North Road",
                "locality": "Ellesmere Port",
                "region": "UK",
                "postalCode": "CH65 1BL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-5483",
        "name": "Ministry of Defence"
    },
    "contracts": [
        {
            "id": "054340-2025-SFA 001 Annex B1, Annex B2 and Part B2-1",
            "awardID": "054340-2025-SFA 001 Annex B1, Annex B2 and Part B2-1",
            "status": "active",
            "value": {
                "amount": 40800000,
                "currency": "GBP"
            },
            "dateSigned": "2025-09-04T00:00:00+01:00"
        }
    ],
    "language": "en"
}